Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
MODIFICATION

99 -- REMOTE MAINTENANCE MONITORING SYSTEM (RMMS)

Notice Date
12/20/2007
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-47 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
6219
 
Response Due
12/27/2007
 
Archive Date
1/19/2008
 
Point of Contact
Kenneth Carter, (202) 267-3012
 
E-Mail Address
Email your questions to kenneth.m.carter@faa.gov
(kenneth.m.carter@faa.gov)
 
Description
The Federal Aviation Administration, Systems Operations Contract Division, HQ, Washington, DC, contemplates the procurement of a contractor maintenance program in support of the Remote Maintenance Monitoring Systems (RMMS), at various locations throughout the United States, and its territories, to include Puerto Rico and Guam. This system allows performance monitoring, control, and certification to be accomplished from numerous centralized work centers. The type of contract contemplated under this requirement is Indefinite Delivery Indefinite Quantity type contract consisting of a 1 year base period plus 4-one year option periods. All prices are expected to be requested on a firm-fixed price (FFP) monthly basis. The contract will encompass site and depot levels of maintenance, supply support for spares and repair parts. The contractor will be responsible for furnishing all labor, supervision, tools, equipment, materials, replacement parts, and services to provide project management, configuration management, preventive maintenance, corrective and logistical maintenance and second level support, to include 24/7 National Trouble Help Desk/Hotline services. All service technicians must be fully trained and certified on the RMMS System Components with a minimum of 5 years maintenance experience on these systems. System components include, but are not limited to: servers, processors, work stations, tape backup systems, printers, network systems, etc. A draft copy of the proposed statement of work (SOW) has been included with this announcement for informational purposes only. As a draft, interested vendors are advised that the final SOW is subject to changes. This is a market survey to solicit statements of interest and capability to fulfill the Government's needs from all interested parties in regards to this requirement. The survey will be utilized for informational and planning purposes only. The FAA intends to review all response submittals to establish the acquisition strategy under this requirement. Responses may also be used to develop the Source List to be used when the solicitation for this requirement is issued and to determine if there is adequate competition to set the requirement aside for Small Businesses (SB), Socially and Economically Disadvantaged Businesses (SEDB), or Service Disabled Veteran Owned Small Businesses; or to open it up for full and open competition. The information identified from this market survey may result in a restricted Screening Process when the RFP is issued. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. The principle North American Industry Classification System (NAICS) code for this effort is 811212; Computer and Office Machine Repair and Maintenance. The corresponding size standards in millions of dollars under the NAICS code is $23 million. In order to make this determination, the FAA requires the following information from vendors: 1. Statement whether the Government's needs can be met (per attached draft SOW, to include any attachment thereto). In addition, see items 4 thru 7 below. 2. Size and status of potential sources 3. Customary practices, including warranties 4. Statement whether the contractor has maintained the Tandem K-2000 computer system and all components down to the LRU level. 5. Statement certifying that the contractor has a sufficient number of qualified technical personnel geographically or the capability to obtain such personnel, to disperse to service and repair all FAA MPS systems. 6. Statement addressing parts depot for repair and replacement of K-2000 computers specified in the SOW. 7. Statement addressing Government's desired restoration and response time for all levels of maintenance. The survey is not to be construed as a screening information request (SIR), nor request for offer (RFO). As such, the FAA will not accept unsolicited proposals and assumes no liability for any cost associated with the submission of responses to the market survey. This announcement and the draft SOW are located at: http://faaco.faa.gov/index.cfm. Respondents are encouraged to review the statement of work and provide questions or comments in writing to Kenneth.M.Carter@faa.gov by 1:00 p.m. EDST, 5 December 2007. The Contracting Officer will not respond to telephonic inquiries. All responses to this market survey must be submitted electronically (via e-mail) to: Kenneth.M.Carter@faa.gov, and must be received by 1:00 p.m. EDST, 27 December 2007. Responses must be in either Microsoft Word 2003 or PDF format only. Note: All vendors responding to this announcement must address all seven criteria listed above.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6219)
 
Record
SN01473918-W 20071222/071220223939 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.